Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Nov 2023

Tender Details
Referenceocds-h6vhtk-040c3b
Common Procurement VocabularyEnergy-management services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Nov 2023

Tender Details
Referenceocds-h6vhtk-040c3b
Common Procurement VocabularyEnergy-management services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mrs Sheena Thomson

Email

procurement [at] ore.catapult.org.uk

Telephone

+44 7425657551

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=8a900a78-9b69-ee11-8124-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=8a900a78-9b69-ee11-8124-005056b64545

I.4) Type of the contracting authority

Other type

Compliance with Grant Funding Agreement

I.5) Main activity

Other activity

Research & Development


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Wind Turbine Operation & Maintenance Services:

Reference number

DN693575

II.1.2) Main CPV code

  • 71314200 - Energy-management services

II.1.3) Type of contract

Services

II.1.4) Short description

It is the intention of ORE Catapult to initiate a procurement procedure and subsequently appoint a single Contractor for the provision of Operation & Maintenance Services to our offshore Levenmouth Demonstration Turbine (LDT) in Fife, Scotland.

The LDT is a standalone single 7MW offshore turbine prototype approximately 50m offshore but connected via a walkway to the Scottish Enterprise owned Fife Energy Park. The power generated is connected to the Scottish Power electricity network at 11kV.

ORE Catapult are seeking a Contractor to Operate and Maintain the LDT whilst being proactive and recognising potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the LDT up.

The scope of services shall encompass but shall not be limited to routine maintenance, troubleshooting, diagnostics, repairs, manage and undertake agreed renewal project by providing and having the necessary on-site technical capabilities to undertake specialised engineering tasks specific to the LDT. The LDT is an open platform and ORE Catapult’s intention is to provide collaborative engineering solutions to deliver Commercial Research and Development (CR&D) projects specific to LDT as required.

Qualification Criteria shall include, but not be limited to, relevant experience, technical expertise, and compliance with safety and environmental regulations.

Potential Contractors are to note that TUPE shall apply to this Contract.

Due to the sensitive nature of information regarding the LDT, all Contractors interested in this Contract shall be required to sign a Non-Disclosure Agreement (“NDA”). This NDA can be obtained by registering your interest in this opportunity via https://procontract.due-north.com (Reference # DN693575) The NDA is not available to download via this advert. Only Contractors returning a signed NDA shall be issued the Tender Documentation.

Further information regarding the LDT can be found at this address : https://ore.catapult.org.uk/what-we-do/testing-validation/levenmouth/

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 76000000 - Services related to the oil and gas industry
  • 76500000 - Onshore and offshore services
  • 50530000 - Repair and maintenance services of machinery
  • 71314000 - Energy and related services
  • 31121320 - Wind turbines

II.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife

II.2.4) Description of the procurement

It is the intention of ORE Catapult to initiate a procurement procedure and subsequently appoint a single Contractor for the provision of Operation & Maintenance Services to our offshore Levenmouth Demonstration Turbine (LDT) in Fife, Scotland.

The LDT is a standalone single 7MW offshore turbine prototype approximately 50m offshore but connected via a walkway to the Scottish Enterprise owned Fife Energy Park. The power generated is connected to the Scottish Power electricity network at 11kV.

ORE Catapult are seeking a Contractor to Operate and Maintain the LDT whilst being proactive and recognising potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the LDT up.

The scope of services shall encompass but shall not be limited to routine maintenance, troubleshooting, diagnostics, repairs, manage and undertake agreed renewal project by providing and having the necessary on-site technical capabilities to undertake specialised engineering tasks specific to the LDT. The LDT is an open platform and ORE Catapult’s intention is to provide collaborative engineering solutions to deliver Commercial Research and Development (CR&D) projects specific to LDT as required.

Qualification Criteria shall include, but not be limited to, relevant experience, technical expertise, and compliance with safety and environmental regulations.

Potential Contractors are to note that TUPE shall apply to this Contract.

Due to the sensitive nature of information regarding the LDT, all Contractors interested in this Contract shall be required to sign a Non-Disclosure Agreement (“NDA”). This NDA can be obtained by registering your interest in this opportunity via https://procontract.due-north.com (Reference # DN693575) The NDA is not available to download via this advert. Only Contractors returning a signed NDA shall be issued the Tender Documentation.

Further information regarding the LDT can be found at this address : https://ore.catapult.org.uk/what-we-do/testing-validation/levenmouth/

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial Term shall be from Contract inception for a period of three (3) years comprising three (3) distinct twelve (12) month annual periods to 31 March 2027. Each year shall be measured and incentivised against the KPIs and subject to satisfactory performance of the Contractor,

ORE Catapult reserve the option to extend year on year thereafter, for up to a further period of five (5) years, subject to funding being made available to ORE Catapult in addition to satisfactory performance of the Contractor.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-030420

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

8 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

7 December 2023

Local time

12:00pm

Place

Glasgow, Scotland

Information about authorised persons and opening procedure

Procurement Manager & one other member of the Procurement team shall open the submissions


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.